NIA/22-011301

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Scientific Consultant Writer
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Jacqueline
Newman
jacqueline.newman@nih.gov
NAICS Code Number
541690
Other Scientific and Technical Consulting Services
Small Business Size Standard
$16.5M
FPDS Classification Code
R499
Estimated Period of Performance
August 25, 2022-August 24, 2023
Set-Aside Status
Not Set Aside
Competition Status
Competitive
Background/Description of Requirement

This acquisition is being conducted under the Federal Acquisition Regulations (FAR)Part 13 - Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2022-07 dated August 10, 2022.

The National Institute on Aging (NIA), Intramural Research Program (IRP) of the National Institutes of Health requires Scientific Consultant and Writing services for various projects, studies, and efforts for the NIA IRP and the Longitudinal Study Section (LSS) in the Translational Gerontology Branch (TGB). Responsibilities include consultation and input on scientific efforts being pursued within the IRP, as well as writing and editing meeting abstracts, internal documents, IRP communications, manuscripts, internal and external proposal documents and designing new scientific protocol.

The Intramural Research Program (IRP) in the National Institute on Aging (NIA) is comprised of nine scientific laboratories, the Translational Gerontology Branch, and ten core facilities.  The research program has three focus areas: Neuroscience, Aging Biology and Translational Gerontology. IRP scientists conduct research in many different disciplines that range from basic science to clinical research and epidemiology. Medical problems, which typically affect older persons, are studied in depth using the tools of modern laboratory and clinical research, with a translational perspective.  The central focus of our research is understanding age-related changes in physiology and the ability to adapt to environmental stress.  This understanding is then applied to developing insight about the pathophysiology of age-related diseases.  The program seeks to understand the changes associated with healthy aging and to define the criteria for evaluating when changes should be considered pathologic and require treatment.   Thus, in addition to studying common age-related diseases, such as Alzheimer's Disease, Parkinson's Disease, stroke, atherosclerosis, osteoarthritis, diabetes, and cancer, we also explore the determinants of healthy aging as possible targets for interventions aimed at improving health and quality of life in the older population at large.

The Longitudinal Study Section in the Translational Gerontology Branch conduct several clinical and epidemiological studies aimed at the Baltimore Longitudinal Study of Aging (BLSA), America's longest-running scientific study of human aging which began in 1958. The focus of the study is to characterize how an individual ages across the adult life span and individuals have been continually recruited for participation since its initiation. The study measures and interprets data in several health subjects, including cardiovascular health.

SCOPE OF WORK

General Requirements:

Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below:

Specific Requirements:

 

  • The contractor shall provide the following scientific writing consulting services:
     
    • Provide expertise and consultation concerning ongoing research and clinical projects within the IRP. 
    • Provide input on scientific efforts being pursued within the IRP, especially competitive opportunities such as interlaboratory projects proposal and internal grants submitted by IRP investigators.
    • Technical guidance and direct assistance in writing and editing of meeting abstracts, internal documents, IRP communications, manuscripts, and funding proposals.
    • Contribute to the conceptualization, writing and editing of scientific protocols on issues related to aging and aging biology both in animal models and humans.
    • Conduct literature searches and identify critical references for documentation and scientific articles.
    • Search for technological solutions to scientific questions related to aging and age-related diseases, in particular concerning the BLSA and other clinical studies conducted by LSS.
  • The contractor shall contribute directly to the ongoing study of Application of DNA repair capacity assays to assess DNA repair activity changes with age in the BLSA and GESTALT studies.
  • Review project on Alternate RNA splicing as part of a resilience mechanism in aging. Providing written materials from background searches, discussion of ideas and concepts, organize concepts into a cohesive plan and assist with manuscript preparation and editing. Manuscript in preparation titled: Resilience to age-related impairment of mitochondrial function through alternative pre-mRNA splicing.
  • Attend and provide written synopsis of NIA Strategic Planning Meeting.

LEVEL OF EFFORT:

The NIH estimates that the level of effort for this requirement shall be on average 12-14 hours per month.

GOVERNMENT RESPONSIBILITIES

The Government will provide data necessary for performance of the required scope of work. The Government will provide an NIH Sponsored Collaboration Tool called Box so that the Contractor may access the necessary data for performance of this requirement.

The Government provides public access to all journals through the NIH Library and the ability to download articles directly.  This will allow the Contractor to search for technological solutions to scientific questions related to aging and age-related diseases, in particular concerning the BLSA and other clinical studies conducted by LSS.

DELIVERABLES and REPORTING REQUIREMENTS

Provide weekly written electronic progress reports to the  NIA point-of-contact, which describe all work completed monthly and present all work to be accomplished during the subsequent period. Reports shall identify any difficulties that arose in the performance of the required tasks during the specified period as well as how difficulties were resolved. Should any difficulties not have been resolved, the report shall provide an explanation and plans for full resolution.

Travel:

Travel is not expected or authorized for this requirement. No travel reimbursement shall be provided.

Key Personnel:

The Contractor providing service must meet the following key personnel requirements:

  • The candidate must have a Ph.D., M.D., or equivalent. 
  • Exceptional English writing skills, with a proven track record of high-quality publications in peer-reviewed journals.
  • Prior experience as a scientist, overseeing a research program, with responsibilities related to the above, is critical.

Experience in age-related research field and one or more of the Hallmarks of Aging is not a requirement but will be considered favorably in the selection. 

Data Rights:

The NIA shall have unlimited rights to, and ownership of all deliverables provided under this procurement including reports, analyses, recommendations, briefings, work plans, created SOPs and all other deliverables. In addition, it includes any additional deliverables required by contract change. The definition of “unlimited rights” is contained in Federal Acquisition Regulation (FAR) 27.401, “Definitions.” FAR clause 52.227-14, “Rights in Data-General,” is hereby incorporated by reference and shall be made a part of any resulting contract/order.

Confidentiality of Information:

Consultant(s) must guarantee strict confidentiality of the information/data that is provided by the NIA or by any other participant on a project to which the consultant is assigned. The NIA has determined that the information/data that the consultant will be provided during the performance of the consulting contract is of a sensitive nature.

Consultant(s) may only disclose the information/data generated for a particular project to other participants on that same project. These specific individuals will be identified when the consultant is assigned to a project. 

Disclosure of the information/data, in whole or in part, by the consultant to anyone else can only be made after the consultant receives prior written approval from the Contracting Officer. Whenever the consultant is uncertain with regard to the proper handling of information/data under the contract, the consultant shall obtain a written determination from the Contracting Officer.

Contractor agrees that it will not use the Confidential Information for any purpose except as set forth within this SOW unless such time as such Confidential Information becomes public information.

Contract Type: A firm fixed price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement.

Summary Statement:

The Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture), certification of country of ownership, and the certification of business size must be included in the response.


All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.”
 

Quoter Terms and Conditions (To be completed by the Offeror):

1. Period of Performance OR Delivery Date After Receipt of Order:

2. Shipping Point (F.O.B. OR Destination):
3. Payment Discount Terms:

4. NIH BPA Number, if applicable:

5. UEI Number:

6. Name of Company:
7. Street Address, City, State, Zip code:
8. Name of Person Authorized to Provide Quote:
9. Telephone Number and Email Address of Person Authorized to Provide Quote:

ADDITIONAL TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS
The FAR Clauses are incorporated by reference and are provided in full text at https://www.acquisition.gov/

  • FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Nov 2021)is applicable to this solicitation.
  • FAR Provision 52.212.2 Evaluation-Commercial Items (Nov 2021) is applicable to this solicitation. The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.  The following factors shall be used to evaluate quotes: Technical capability of the item offered to meet the Government requirement; Price; and Past performance[see FAR 13.106-2(b)(3)]
  • FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), is applicable to this solicitation
  • FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items(November 2021) is applicable to this solicitation.
  • FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2022) is applicable to this solicitation.

In addition, the following FAR provisions and clauses are applicable to this solicitation and incorporated by reference:

  • 52.204-7 System for Award Management (Oct 2018),
  • 52.204-13 System for Award Management Maintenance (Oct 2018),
  • FAR 52.204-16,
  • Commercial and Government Entity Code Reporting (Aug 2020),
  • 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),
  • HHSAR 325.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015).
     

The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete
the provision at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their quotation. 


1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video surveillance Services or Equipment (Aug 2020)
3. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
4. NIH Invoice and Payment Provisions

Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.